Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
DOCUMENT

68 -- Refill 35 Liquid Nitrogen Tanks - Attachment

Notice Date
9/8/2011
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24811RQ1451
 
Response Due
9/15/2011
 
Archive Date
12/23/2011
 
Point of Contact
Rosa I. Rivera
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer: Rosa I. Rivera Department of Veterans Affairs Orlando VA Medical Center 5201 Raymond Street Orlando FL 32803 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Monthly 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, BY THE SOLICITATION CLOSING DATE. DUNS NUMBER: In accordance with FAR 52.204-6, offeror must provide their Data Universal Numbering Systems (DUNS) number here: DUNS# ___ ___- ___ ___ ___ - ___ ___ ___ ___ If the DUNS number is unknown, offerors may request a number from DUN & Bradstreet, free of charge by calling 800-333-0505. [See FAR 52.212-1 Instructions ¦(j) Data Universal Numbering System] ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ CENTRAL CONTRACTOR REGISTRATION (CCR): Federal Acquisition Regulations require all contractors conducting business with the Government to be registered in the Central Contractor Registration Government-wide online database for the provision of basic information relative to contract awards [reference FAR Clause 52.212-4, paragraph (t)]. You may accomplish these registrations online at the following web sites: CCR- http://www.ccr.gov Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submittine their offer. VET BIZ REGISTRY: In accordance with Veterans Affairs Acquisition Supplement (VAAR) Subpart 819.70, offerors claiming Veteran status must be registered in the Vet Biz Data base at the time of submission of offers. Information on registration is available at: http://vip/vetbiz.gov/ 1. GENERAL 1.1 The purpose of this combined synopsis/solicitation is to establish Refill Liquid Nitrogen and Oxygen at various Veterans Affairs (VA) locations. The current contract expires September 30, 2011. The gases to be purchased include: Oxygen, Nitrogen NF, Nitrous Oxide and Compressed Oxygen. This action is not for the purchase of bulk oxygen or home health oxygen. 1.2 The commercial services are prepared in accordance with (IAW) the format in FAR subpart 12.6, as supplemented with additional information included in this notice and IAW FAR Part 13 for the Orlando VA Health Care System. This announcement constitutes the only solicitation and is issued as a request for quote (RFQ); a written solicitation will not be issued. Submit written quotes via e-mail referencing RFQ Number VA-248-11-RQ-1451. All requests must be in writing and received by the Orlando VA Medical Center Contracting Office by (11:00 am) EST, 15 September 2011. No telephonic request for information will be considered. Incomplete packages will be considered nonresponsive. All responses to questions will be posted by way of amendment to this combined synopsis/solicitation to the FedBizOpps website (The email address for all questions to this combined Synopsis/Solicitation is rosa.rivera3@va.gov) Closing date for questions is four calendar days from the solicitation issue date. 1.3 52.212-1 (Instructions to offerors-Commercial Items (June 2008) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government when considering price, technical capability, and past performance. The Government reserves the right to award to other than the lowest bidder based on the evaluation of non-price factors. The Government reserves the right to award the contract based on initial offers received, without discussions or negotiations of such offers. Therefore, it is important that each offer fully address the requirements stated in this combined solicitation. Evaluation factors are as follows: 1.Price (Lowest Price Technically Acceptable) 2.Past Performance. Offers shall provide three (3) verifiable references of customers that have been supplied with similar type items specified in the referenced statement of work or proof of satisfactorily providing these types of items/services in the past. 3.Delivery. Offeror shall have the capability and resources to respond to routine requests within 24-hrs and emergency requests within 6-hrs. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 1.4 Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47, January 12, 2011. The following clauses and provisions are applicable: FAR 52.204-6 Data Universal Numbering System (DUNS Number) Apr 2008), FAR 52.204-7 Central Contractor Registration (April 2008), FAR 52.204-8 Annual Representations and Certifications (Feb 2009), FAR 52.212-1 (Instructions to offerors-Commercial Items (June 2008), 52.212-2 (Evaluation-Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -Commercial Items (Jan 1999), 52.212-4 (Contract Terms and Conditions-Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2009), with the followings clauses selected in paragraph b, 52.213-2 Invoices (Apr 1984), 52.217-8 (Option to Extend Services (NOV 1999), 52.217-9 (Option to Extend The Term of The Contract (MAR 2000), 52.219-6 (Notice of Total Small Business Set-Aside(June 2003), 52.228-5 (Insurance-Work on a Government Installation (Jan 1997), 52.232-19 (Availability of Funds for The Next Fiscal Year (Apr 1984), 52.233-2 (Service Protest (Sep 2006), 52.233-3 (Protest After Award (Aug 1996), 52.233-4 (Applicable Law for Breach of Contract Claim (OCT 2004), 52.249-1 (Termination for Convenience of The Government (Fixed-Price) (Short Form) (Apr 1984), 52.252-2 (Clauses Incorporated by Reference (Feb 1998),Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003).VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.203-71 Display of Department of Veteran Affairs Hotline Poster(Dec 1992), VAAR 852.216-70 Estimated Quantities (Apr 1984), VAAR 852.211-72 (Technical Industry Standards (Jan 2008), VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008), VAAR 852.233-71 (Alternate Protest Procedure (Jan 1998), VAAR 852.237-70 Contractor Responsibilities (Apr 1984), VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008). Full text of these clauses is available at http://www.acquisition.gov. The prospective vendors are required to submit written quote for labor, tools, materials, transportation, insurance, and supervision required to service each facility according to the schedule (some items are on "as-needed basis"). Places of Performance are as follows: Orlando VA Medical CenterOrange City CBOC Suite 300 5201 Raymond Street2583 South Volusia Ave. Orlando, FL 32803Suite 300 Orange City, FL 34741 Leesburg CBOCLake Nona Annex 1403 West Palm Street10421 Moss Park Rd. Leesburg, FL 34778Orlando, FL 32832 Kissimmee CBOCClermont CBOC 2285 North Central Ave.805 Oakley Seaver Dr. Kissimmee, FL 34741Clermont, FL 34711 1.5 This acquisition is a 100% Small Business set-aside. The associated North American Industry Classification System (NAICS) Code is 325120 (business size standard 1,000 employees). Offers received from concerns that are not small shall be considered nonresponsive and will be rejected. The Government anticipates awarding a single firm-fixed price contract with one base year and four one-year options to the offeror whose offer conforming to the solicitation is most advantageous to the Government when considering price and other factors. The base year period of performance begins October 1, 2011 through September 30, 2012. 1.6 Evaluation for award shall be Lowest-Price Technically Acceptable. The Government reserves the right to award the contract based on initial offers received, without discussions or negotiations of such offers. Therefore, it is important that each offer fully address the requirements stated in this solicitation. 1.7 Offeror shall have state and local certificates and licenses for supplying and handling medical/specialty gases and equipment (e.g., Compressed Medical Gas Manufacturer, Product Registration Permit, and Compressed Medical Gas Wholesaler, etc.). 2. PRODUCT SPECIFICATIONS 2.1 All medical gases shall conform to specifications prescribed in the United States Pharmacopeia and the National Formulary. All medical gas manufacturers and fillers of medical gases shall be registered with the FDA; all medical gas shall be manufactured, processed, packed, transported, and stored according to FDA's Current Good Manufacturing Practice (CGMP) regulations and Title 21, Code of Federal Regulations, Parts 210, 211, and 201 for labeling. Tanks shall be filled to the maximum functional capacity at each refilling procedure unless otherwise specified by the facility or agreed upon by a written document signed and dated by the COTR. 2.2 The following specifications are incorporated into the solicitations and resulting contracts: a.Federal Specification B-A-1034B, Air, Compressed, for Breathing Purposes, dated 20-Dec-1985 b.Federal Specification BB-C-101B, Carbon Dioxide (CO2) Technical and USP, dated 15-Apr-1971 c.Compressed Gas Association (CGA) Publications G-7 Compressed Air for Human Respiration, dated 8/4/03, and ANSI/CGA G-7.1 - Commodity Specification for Air, dated 8/2704 All products, equipment, and services provided under the contracts awarded under this solicitation shall be in compliance with all applicable Federal, state, and local regulations. 3. DELIVERY REQUIREMENTS 3.1 Facilities are available to receive services/items Monday through Friday, 7:30 am to 3:30 pm. When necessary, deliveries may include weekend and holidays. The delivery time is be specified in the delivery order as issued by each facility (reference the schedule lists delivery for delivery instructions each facility). All deliveries are FOB point is destination. Additional charges such as delivery fees, hazardous material fees, fuel surcharges, and alike shall NOT be billed to or collected from the facilities for orders received under this contract. 3.2 Material Safety Data Sheets shall be provided to the facility Contract Officer Technical Representative upon request at no additional charge. 3.3 If the Contractor cannot fill the government cylinders timely, the contractor shall provide the required supply of medical gas in contractor-owned cylinders without additional charge to the government. The contractor shall work with the Contract Officer Technical Representative (COTR) regarding changing out the contractor-owned cylinders with filled government owned cylinders. 4. NON-REPAIRABLE GOVERNMENT PROPERTY 4.1 Prior to disposing of non-repairable government-owned cylinders, parts, fittings, or accessories, the contractor shall contact the Contract Officer Technical Representative for that facility. Contractor shall make disposition in accordance with the Contract Officer Technical Representative's instructions. 4.2 Contractors shall be paid for all services performed and authorized by the ordering activity, up to the determination that a cylinder is non-repairable, at the prices listed in this contract. 4.3 Contractor shall not charge any additional types of fees, other than those specified above in paragraph 4.2, for the return of non-repairable cylinders to the ordering activity. 4.4 If the activity requests and the contractor agree to dispose of any non-repairable government-owned property, the fees shall be negotiated and agreed upon between the two-parties prior to the disposal of the property. 5. CYLINDER AND OTHER CONTAINERS 5.1 Laws and Regulations Contractor shall comply with the Department of Transportation specifications and shall maintain, fill, mark, label, and ship in accordance with current DOT regulations (Title 49-Transportation, Code of Federal Regulations). Filling, packaging, labeling, and all other services for medical gases shall comply with the Federal Food, Drug, and Cosmetic Act. 5.2 Marking In addition to marking required by the aforementioned laws and regulations, marking shall comply with CGA Publication C-7 Guide to Preparation of Precautionary Labeling and Marking of Compressed Gas Containers, dated 3/31/04 or most recent edition. 5.3 Color Coding Cylinders shall be color coded in accordance with CGA Publication C-9-Standard Color Marking of Compressed Gas Containers Intended for Medical Use, dated 3/10/04 or most recent edition. 5.4 Valves Valves shall comply with CGA Safety Bulletin SB-26 dated 11/26/01 and CGA Publication V-1-Compressed Gas Association Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections, dated 11/14/05 or most recent edition. Valve protection caps for cylinders designed to receive such caps shall be securely attached to the cylinders in a manner to protect the valves from damage during transit and delivery to the purchaser's receiving area. For liquid containers, all fitting must be permanently brazed to prevent removal. Each container should contain a 360 degree cyroband applied at the top of the container with the drug product name repeated around the entire container. 5.5 Hydrostatic Testing Retest Date: When applicable, DOT regulations requires retesting of cylinder within three (3) months after scheduled date of shipment to Continental U.S. destination, to within six (60 months after scheduled date of shipment to overseas destination, cylinder shall be retested. Contractor will be required to retest any Government-Owned cylinder when requested by ordering activity, regardless of scheduled retest data. Method: Government-owned cylinders which are eligible for extended hydrostatic retest period, testing by modified hydrostatic method, or visual inspection in lieu of hydrostatic testing, shall be serviced by the most economical means which comply with Department of Transportation regulation (49 CFR 173.34) unless otherwise specified by the ordering activity. When modified or reduced DOT test requirements are contingent upon past usage of the cylinders, a written statement from the ordering activity indication that the cylinders have been used exclusively for a specific gas may be considered acceptable evidence of the cylinder's eligibility for modified testing or inspection. Hydrostatic testing shall be performed in accordance with CGA's Publication-C-1, Methods for Hydrostatic Testing of Compressed Gas Cylinders, dated 9/7/04 or most recent edition. Visual Inspection shall be performed in accordance with the applicable CGA Publications C-6-Standards for Visual Inspection of Steel Compressed Gas Cylinders, dated 8/16/05 or C-6.1-Standards for Visual Inspection of High Pressure Aluminum Compressed Gas Cylinders, dated 7/30/02 or most recent edition. The Contractor shall be responsible for all testing of contractor-owned cylinders at no additional cost to the Government. The government shall pay for the hydrostatic testing of government-owned cylinders at the prices listed in 6.2. 5.6 Cylinder Sizes Cylinder sizes shown in the item description indicate product capacity of the cylinder currently being used. All capacities are approximate, and the government shall be billed only for the actual amount of gas delivered. In accordance with the Federal Food, Drug and Cosmetic Act, the actual contents of the container must appear on the label. 5.7 Individual Agency Ownership of Cylinders Government-owned cylinders shall remain the property of the individual ordering (owning) agency and shall not be exchanged for other cylinders, either government-owned or contractor-owned, without authorization of the ordering agency. 5.8 Lost or Damaged Contractor-Owned Cylinders For each contractor-owned cylinder lost or damaged beyond repair while in the Government's possession, the Government shall pay the Contractor the replacement value, less the allocable rental paid for that cylinder. These cylinders shall become Government property. Lost cylinder(s) located within 30 calendar days after payment by the Government may be returned to the Contractor by the Government for reimbursement of an equal amount to the replacement value, minus rental, computed in accordance with Section 9 of the Statement of Work. 5.9 Method of Shipment Empty Government-owned cylinders picked-up from an ordering facility for re-fill or servicing shall be transported according to the Department of Transportation Regulations, using normal commercial practice to prevent damage to cylinders. 5.10 Transportation of Cylinders All transportation charges for empty government-owned and contractor-owned cylinders from the ordering facility to the contractor's facility shall be at the expense of the contractor. 6. PRICE of SERVICES for GOVERNMENT-OWNED and CONTRACTOR-OWNED CYLINDERS 6.1 Services Included in the Price of Gas (Both Government and Contractor-Owned Cylinders) The offeror's price for the gas shall include the furnishing, at no additional cost, of all services which are required at each and every filling of a cylinder to comply with applicable regulations, specifications, and normal good practices. Such services shall include, but not limited to: tags indicating cylinder is "Full", "In Use", or "Empty"; inspection, testing, evaluation, and cleaning services required at each and every filling; pin-indexing, when required, and attachment of Government-furnished warning tags, when required. Attaching of oxygen cylinders to manifold systems, when required, shall be performed by the contractor at no additional cost. The Contractor is responsible for all maintenance and testing of contractor-owned cylinders. 6.2 Services Not Included in Price of Gas for Government-Owned Cylinders Occasionally, other parts and services may be required. The contractor shall price these items on the schedule. Individual facilities may request these items as needed. The delivery schedule of these items shall be detailed on the delivery order. The contractor shall substitute any tanks or parts needed to assure continued delivery without interruption. SERVICE NUMBERDESCRIPTION PARTS/REPLACEMENT 1.Valve 2.Dip (siphon) tube including retreating 3.Collar 4.Valve hood 5.Safety device cap 6.Outlet cap or plug, plastic (not permitted for oxygen service) 7.Outlet cap or plug with relating chain and clip 8.Frangible disc 9.Fusible plug in valve 10.Fusible plug in cylinder 11.Valve Stem 12.Valve Packing 7. STRIPPING AND PAINTING 7.1 Includes all lettering, stenciling, affixing of decals, metal lettering and/or number stamping when required by applicable regulation. Grit Blast or Caustic Strip, Prime, and Paint 13.One color 14.Each additional color Wire Brush and Paint: Including Primer 15.One Color 16.Each additional color 17.Stenciling, Misc. (applicable to stenciling required on cylinders that do not require stripping or painting) 18.Hydrostatic, testing, indenting, new test date, drying interior, and resetting valve 19.Modified Hydrostatic, where permitted by regulations 20.Visual Inspection in lieu of hydrostatic test where permitted by DOT Regulations 21.Dehydrating cylinders (except in conjunction with hydrostatic testing) 22.Internally clean cylinders prior to hydrostatic test, to include purge, cleaning, and drying 23.Internally clean contaminated cylinders as required by applicable specifications. To include pressure test evacuation, purge as many times as required; pressurized, analyze to assure contamination is removed 24.Removal of fractured, rusted, or damaged cylinder caps, valves or plugs 25.Stamping valve with name of gas, when required by ordering activity 7.2 Unlisted Services Unlisted services (including palletizing, when needed) are not covered by this contract and should be obtained by the ordering office according to applicable procurement regulations. 8. MEASUREMENT AND CONVERSION COMPUTATION, ATMOSPHERIC GASES AND HYDROGEN Density data and volume measurement equivalents printed in CGA Publication P-6-Standard Density Data, Atmospheric Gases and Hydrogen, dated 8/17/05 or most current edition shall be used when necessary to convert measurement of these gases from one form to another; for example, from cubic feet to gallons. 9. MONTHLY RENTAL OF CONTRACTOR-OWNED CYLINDERS AND LIQUID CONTAINERS When gases are ordered in cylinders or liquid containers owned by the contractor, the following maximum monthly rental rates shall apply to those cylinders or containers in the possession of the using activity (indicate start date of usage). These rates are the maximum rates that shall be billed to the facilities. The contractor shall not bill at a rate higher than their standard commercial rate. Gaseous Cylinders Cylinder Sizes A, B, C, D, & E Gaseous Cylinders All Cylinder Sizes other than A, B, C, D, & E Liquid Containers (Portable) Less than 160 liter capacity Liquid Containers (Portable) Greater than or equal to 160 liters 9.1 Cylinders picked up by contractor's truck Ordering activities shall notify the contractor of the number and type of empty cylinders ready for return. No rental charges shall be applied to any cylinder five days after the ordering activity has notified the contractor (Saturday, Sunday and Holidays excluded). The day the contractor is notified is excluded from the five-day period. If the contractor is verbally notified of empty cylinders, the ordering activity will document the notification by making a record of the date, time, and contractor's representative contacted. 9.2 Cylinders returned by common carrier Ordering activities returning empty contractor-owned cylinders will immediately notify the contractor in writing of the quantity and size of cylinders and the date they were turned over to the carrier. Rental charges shall not be applied after the date cylinders are picked up by the common carrier. B.2 PRICE/COST/DELIVERY SCHEDULE BASE YR The solicitation must be quoted all or none. The requirement for base year is as follows: Performance Period: Base Year (October 1, 2011 through September 30, 2012) Item No DescriptionU/IQTYUnit PriceTotalDeliver To 0001Refill 35 Liter Liquid Nitrogen TanksLiter70 Orlando VAMC 0002Refill 20 Liter Liquid Nitrogen TanksLiter20 Leesburg CBOC 0003Refill 20 Liter Liquid Nitrogen TanksLiter20 Kissimmee CBOC 0004Refill 20 Liter Liquid Nitrogen TanksLiter20 Orange City CBOC 0005Refill 150 Oxygen E-Tanks per montheach1800 Orlando VAMC 0006Rental Fee for Oxygen E-Tanks 150 per montheach1800 Orlando VAMC 0007Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Leesburg CBOC 0008Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Kissimmee CBOC 0009Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Clermont CBOC 0010Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Lake Nona Annex 0011Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orlando VAMC 0012Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Leesburg CBOC 0013Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Kissimmee CBOC 0014Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orange City CBOC 0015Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Clermont CBOC 0016Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Lake Nona Annex 0017Nitrogen Compressed 2.2, UN1066 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0018Nitrous Oxide 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0019Oxygen Compressed 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0020Delivery Charges (Est. 7 deliveries per month)each 84 Orlando VAMC 0021Delivery Charges (Est. 7 deliveries per month)each 84 Leesburg CBOC 0022Delivery Charges (Est. 7 deliveries per month)each 84 Kissimmee CBOC 0023Delivery Charges (Est. 7 deliveries per month)each 84 Clermont CBOC 0024Delivery Charges (Est. 7 deliveries per month)each 84 Lake Nona Annex 0025Delivery Charges (Est. 7 deliveries per month)each 84 Orange City CBOC BASE YEAR SUB TOTAL: B.3 DELIVERY SCHEDULE OPTIONS 1-4 The requirement for year-one option as follows: Performance Period: Year-One Option (October 1, 2012 through September 30, 2013) Item No DescriptionU/IQTYUnit PriceTotalDeliver To 0001Refill 35 Liter Liquid Nitrogen TanksLiter70 Orlando VAMC 0002Refill 20 Liter Liquid Nitrogen TanksLiter20 Leesburg CBOC 0003Refill 20 Liter Liquid Nitrogen TanksLiter20 Kissimmee CBOC 0004Refill 20 Liter Liquid Nitrogen TanksLiter20 Orange City CBOC 0005Refill 150 Oxygen E-Tanks per montheach1800 Orlando VAMC 0006Rental Fee for Oxygen E-Tanks 150 per montheach1800 Orlando VAMC 0007Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Leesburg CBOC 0008Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Kissimmee CBOC 0009Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Clermont CBOC 0010Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Lake Nona Annex 0011Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orlando VAMC 0012Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Leesburg CBOC 0013Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Kissimmee CBOC 0014Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orange City CBOC 0015Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Clermont CBOC 0016Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Lake Nona Annex 0017Nitrogen Compressed 2.2, UN1066 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0018Nitrous Oxide 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0019Oxygen Compressed 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0020Delivery Charges (Est. 7 deliveries per month)each 84 Orlando VAMC 0021Delivery Charges (Est. 7 deliveries per month)each 84 Leesburg CBOC 0022Delivery Charges (Est. 7 deliveries per month)each 84 Kissimmee CBOC 0023Delivery Charges (Est. 7 deliveries per month)each 84 Clermont CBOC 0024Delivery Charges (Est. 7 deliveries per month)each 84 Lake Nona Annex 0025Delivery Charges (Est. 7 deliveries per month)each 84 Orange City CBOC YEAR-ONE SUB TOTAL: The requirement for year-two option as follows: Performance Period: Yr-Two Option (October 1, 2013 through September 30, 2014) Item No DescriptionU/IQTYUnit PriceTotalDeliver To 0001Refill 35 Liter Liquid Nitrogen TanksLiter70 Orlando VAMC 0002Refill 20 Liter Liquid Nitrogen TanksLiter20 Leesburg CBOC 0003Refill 20 Liter Liquid Nitrogen TanksLiter20 Kissimmee CBOC 0004Refill 20 Liter Liquid Nitrogen TanksLiter20 Orange City CBOC 0005Refill 150 Oxygen E-Tanks per montheach1800 Orlando VAMC 0006Rental Fee for Oxygen E-Tanks 150 per montheach1800 Orlando VAMC 0007Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Leesburg CBOC 0008Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Kissimmee CBOC 0009Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Clermont CBOC 0010Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Lake Nona Annex 0011Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orlando VAMC 0012Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Leesburg CBOC 0013Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Kissimmee CBOC 0014Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orange City CBOC 0015Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Clermont CBOC 0016Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Lake Nona Annex 0017Nitrogen Compressed 2.2, UN1066 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0018Nitrous Oxide 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0019Oxygen Compressed 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0020Delivery Charges (Est. 7 deliveries per month)each 84 Orlando VAMC 0021Delivery Charges (Est. 7 deliveries per month)each 84 Leesburg CBOC 0022Delivery Charges (Est. 7 deliveries per month)each 84 Kissimmee CBOC 0023Delivery Charges (Est. 7 deliveries per month)each 84 Clermont CBOC 0024Delivery Charges (Est. 7 deliveries per month)each 84 Lake Nona Annex 0025Delivery Charges (Est. 7 deliveries per month)each 84 Orange City CBOC YEAR-TWO SUB TOTAL: The requirement for year-three option as follows: Performance Period: Yr-Three Option (October 1, 2014 through September 30, 2015) Item No DescriptionU/IQTYUnit PriceTotalDeliver To 0001Refill 35 Liter Liquid Nitrogen TanksLiter70 Orlando VAMC 0002Refill 20 Liter Liquid Nitrogen TanksLiter20 Leesburg CBOC 0003Refill 20 Liter Liquid Nitrogen TanksLiter20 Kissimmee CBOC 0004Refill 20 Liter Liquid Nitrogen TanksLiter20 Orange City CBOC 0005Refill 150 Oxygen E-Tanks per montheach1800 Orlando VAMC 0006Rental Fee for Oxygen E-Tanks 150 per montheach1800 Orlando VAMC 0007Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Leesburg CBOC 0008Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Kissimmee CBOC 0009Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Clermont CBOC 0010Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Lake Nona Annex 0011Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orlando VAMC 0012Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Leesburg CBOC 0013Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Kissimmee CBOC 0014Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orange City CBOC 0015Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Clermont CBOC 0016Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Lake Nona Annex 0017Nitrogen Compressed 2.2, UN1066 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0018Nitrous Oxide 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0019Oxygen Compressed 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0020Delivery Charges (Est. 7 deliveries per month)each 84 Orlando VAMC 0021Delivery Charges (Est. 7 deliveries per month)each 84 Leesburg CBOC 0022Delivery Charges (Est. 7 deliveries per month)each 84 Kissimmee CBOC 0023Delivery Charges (Est. 7 deliveries per month)each 84 Clermont CBOC 0024Delivery Charges (Est. 7 deliveries per month)each 84 Lake Nona Annex 0025Delivery Charges (Est. 7 deliveries per month)each 84 Orange City CBOC YEAR-THREE SUB TOTAL: The requirement for year-four options as follows: Performance Period: Yr-Four Option (October 1, 2015 through September 30, 2016) Item No DescriptionU/IQTYUnit PriceTotalDeliver To 0001Refill 35 Liter Liquid Nitrogen TanksLiter70 Orlando VAMC 0002Refill 20 Liter Liquid Nitrogen TanksLiter20 Leesburg CBOC 0003Refill 20 Liter Liquid Nitrogen TanksLiter20 Kissimmee CBOC 0004Refill 20 Liter Liquid Nitrogen TanksLiter20 Orange City CBOC 0005Refill 150 Oxygen E-Tanks per montheach1800 Orlando VAMC 0006Rental Fee for Oxygen E-Tanks 150 per montheach1800 Orlando VAMC 0007Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Leesburg CBOC 0008Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Kissimmee CBOC 0009Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Clermont CBOC 0010Refill Oxygen E-Tanks "as needed" (Est. 10 per month)each120 Lake Nona Annex 0011Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orlando VAMC 0012Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Leesburg CBOC 0013Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Kissimmee CBOC 0014Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Orange City CBOC 0015Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Clermont CBOC 0016Rental Fee for Oxygen E-Tanks (Est. 10 per month)each120 Lake Nona Annex 0017Nitrogen Compressed 2.2, UN1066 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0018Nitrous Oxide 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0019Oxygen Compressed 2.2 UN1070 (K-size Cylinders) "as needed"cylinder24 Orlando VAMC 0020Delivery Charges (Est. 7 deliveries per month)each 84 Orlando VAMC 0021Delivery Charges (Est. 7 deliveries per month)each 84 Leesburg CBOC 0022Delivery Charges (Est. 7 deliveries per month)each 84 Kissimmee CBOC 0023Delivery Charges (Est. 7 deliveries per month)each 84 Clermont CBOC 0024Delivery Charges (Est. 7 deliveries per month)each 84 Lake Nona Annex 0025Delivery Charges (Est. 7 deliveries per month)each 84 Orange City CBOC YEAR-FOUR SUB TOTAL: AGGREGATE CONTRACT TOTAL (Base + 4 Options) PAST PERFORMANCE QUESTIONNAIRE REFERENCE INSTRUCTIONS: The Orlando VA Medical Center is considering the Offeror listed below for award of a VA contract. Your comments would be appreciated regarding this firm's past performance. The intent of this form is to evaluate the offeror's services. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror's past performance. This survey should be completed by an evaluator with sufficient familiarity of the offeror's performance and returned to the contracting office by the evaluator no later than the closing date of the solicitation by either e-mail to rosa.rivera3@va.gov or Fax to 407-646-4985 (Attn: Rosa Rivera). If neither email nor Fax transmission is convenient, the survey may be returned by mail to the following address: Rosa I. Rivera 5201 Raymond Street Baldwin Campus/Lakemont Bldg., Rm 101 (Contracting) Orlando, FL 32803 Offeror's Name: Request for Quote: Refill Liquid Nitrogen and Oxygen Name of Person Completing the Evaluation: Telephone: E-mail: Title: Company/Organization: Please rate the offeror in each of the following areas. Note: there is room for comments where you deem remarks would be helpful to our evaluation. "Not Applicable: N/A "1: Performance clearly below the contract performance standard or requirement "2:Performance occasionally does not meet minimum contract performance standard or requirement "3:Performance that meets the minimum contract performance standard or requirement "4:Performance that meets and occasionally exceeds the contract performance standard or requirement "5:Performance that almost always exceeds the contract performance standard or requirement 1. Overall quality/satisfactionN/A 0 1 0 2 0 3 0 4 0 5 0 Overall satisfaction with the Offeror's performance. Would you (the reference) choose to work with this offeror again? 2. Delivery performanceN/A 0 1 0 2 0 3 0 4 0 5 0 Delivery performance includes delivery consistency, on time performance, and flexibility in responding to emerging issues and implementing required solutions. 3. Satisfaction with the quality of service deliveredN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the effectiveness and applicability of the plans and strategies delivered and the actual implementation of those. 4. Satisfaction with problem resolutionN/A 0 1 0 2 0 3 0 4 0 5 0 This includes the offeror's ability to solve problems, the speed in which they handle problems, and their effective delivery of resolutions. 5. Satisfaction with the quality of contractor personnelN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the quality of the contractor's staff in executing the project work scope. 7.Have you issued a cure notice, show cause notice, suspension of progress payments or other letters directing the correction of a performance problem in the past 3 years? 0 Yes 0 No If Yes, please explain. 8.Have you terminated this contractor for default within the past 3 years, or are there any pending termination actions? 0 Yes 0 No If Yes, please explain. 9.Based on the offeror's overall performance, would you award them another contract? 0 Yes 0 No If No, please explain. 10.Have you discussed any adverse past performance problems with the Offeror and given them an opportunity to comment? 0 Yes 0 No Please explain. 11.Do you file past performance information in a database that the Contracting Officer may search? 0 Yes 0 No Please explain. 12.If the contract had options, were those options exercised? 0 Yes 0 No Please explain. 13. What was the contract period of performance (i.e., when were services provided)? 14. What was the dollar value of the contract performed by the offeror? 15. Provide a brief description of the services provided by the offeror for this contract. Please attach any past performance database reports or other material you deem appropriate to a full understanding of the Offeror's past performance by the evaluator.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24811RQ1451/listing.html)
 
Document(s)
Attachment
 
File Name: VA-248-11-RQ-1451 VA-248-11-RQ-1451.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252287&FileName=VA-248-11-RQ-1451-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252287&FileName=VA-248-11-RQ-1451-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;5201 Raymond Street
Zip Code: 32802
 
Record
SN02568593-W 20110910/110909001706-fcfc7ed4103968345ba152f479043f83 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.